Contract notice

Information

Published

Date of dispatch of this notice: 30/09/2022

Expire date: 07/11/2022

External Reference: 2022-296480

TED Reference: 2022/S 192-544493

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper, D01 PF72
Dublin
Dublin
IE
Contact person: OGP Support
Telephone: +353 17738000
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=225743&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the provision of External Workplace Investigation Services
Reference number:  PROJ000007610 - THR059F
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. In summary, the Services comprise of the provision of external investigators for workplace investigations and the review of workplace investigations to formally investigate complaints regarding bullying, harassment, sexual harassment, Trust in Care, grievance in line with relevant policies, procedures and codes in these areas.
II.1.5)

Estimated total value

Value excluding VAT: 16810000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: External Workplace Investigation Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79414000  -  Human resources management consultancy services
79720000  -  Investigation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. In summary, the Services comprise of the provision of external investigators for workplace investigations and the review of workplace investigations to formally investigate complaints regarding bullying, harassment, sexual harassment, Trust in Care, grievance in line with relevant policies, procedures and codes in these areas.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  200
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  170
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance, Quality Standards and Data Security  /  Weighting:  80
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 4600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2: Trust in Care Investigation Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79414000  -  Human resources management consultancy services
79720000  -  Investigation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. In summary, the Services comprise of the provision of external investigators for workplace investigations and the review of workplace investigations to formally investigate complaints regarding bullying, harassment, sexual harassment, Trust in Care, grievance in line with relevant policies, procedures and codes in these areas.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  200
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  170
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance, Quality Standards and Data Security  /  Weighting:  80
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 11800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3: External Review of Workplace Investigations Services
Lot No:  3
II.2.2)

Additional CPV code(s)

79414000  -  Human resources management consultancy services
79720000  -  Investigation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. In summary, the Services comprise of the provision of external investigators for workplace investigations and the review of workplace investigations to formally investigate complaints regarding bullying, harassment, sexual harassment, Trust in Care, grievance in line with relevant policies, procedures and codes in these areas.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  200
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  170
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance, Quality Standards and Data Security  /  Weighting:  80
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 410000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the RFT documentation for this competition (RFT 225112)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 225112)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 225112)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 225112)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 225112)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 225112)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  19
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 012-026902
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/11/2022
Local time:  13:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  07/11/2022
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.